HAKI Temporary Roofing Rental Portsmouth Naval Shipyard
ID: N3904024R0160Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (W054)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Oct 4, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 4, 2024, 12:00 AM UTC
  3. 3
    Due Oct 18, 2024, 4:00 PM UTC
Description

The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals for the rental of HAKITEC Temporary Roofing System components on a sole source basis from BrandSafway Services, LLC. The procurement involves a comprehensive range of equipment, with a total of 1,529 components required, including tension tubes and ridge rollers, to support construction and maintenance activities at the shipyard. This rental service is critical for ensuring the operational efficiency and safety of ongoing projects at the facility. Interested contractors must submit their offers via email by the deadline of October 18, 2024, and can direct inquiries to David Ham at 207-438-4845 or via email at david.m.ham7.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Oct 4, 2024, 1:11 PM UTC
The Portsmouth Naval Shipyard outlines its Operations Security (OPSEC) contract requirements to safeguard sensitive information from unauthorized disclosure. OPSEC, defined as the process to protect Critical Information and Indicators (CII), necessitates a formal OPSEC Plan for contractors engaged in certain activities. This plan must be submitted prior to the contract's start date using secure methods. Contractors bear the responsibility to prevent inadvertent disclosures and must protect all U.S. Government CII from public release, unauthorized Third parties, and social media. A critical information and indicator list is provided, detailing sensitive topics including operational schedules and personnel data. The guidelines stipulate methods for handling sensitive information, such as restricted discussions, proper disposal of materials, and immediate reporting of any security breaches. Portable Electronic Devices (PEDs) require prior approval for use, underscoring the emphasis on maintaining stringent security protocols. By enforcing these OPSEC measures, the Portsmouth Naval Shipyard aims to ensure the security of its operations and personnel against potential threats.
Oct 4, 2024, 1:11 PM UTC
The document is a solicitation from the Portsmouth Naval Shipyard (N3904024R0160) calling for proposals related to the rental of HAKITEC Roofing System components, including associated transportation costs. The RFP outlines critical information such as the deadline for offers (18 Oct 2024), the solicitation's purpose, and evaluation criteria focused on technical acceptability and pricing. It emphasizes that offers must comply with the terms and conditions specified, requiring detailed technical submissions including manufacturer names, model numbers, and compliance documentation. The award will be made to the lowest priced technically acceptable offeror. The document also references various clauses from the Federal Acquisition Regulation (FAR) that contractors must adhere to, reinforcing compliance with federal regulations and security requirements. By enforcing strict guidelines, the document seeks to ensure that proposals are competitive, transparent, and conducive to high-quality service delivery while prioritizing safety and regulatory compliance.
Oct 4, 2024, 1:11 PM UTC
The document outlines a comprehensive parts list as part of a statement of work for a government RFP regarding construction or rental needs involving HAKI equipment. It details various product numbers, descriptions, and the required rental quantities for components such as tension tubes, ridge rollers, and brace plans across multiple specifications. The total number of components listed reaches 1,529, indicating a significant volume of materials necessary for the project. This structured listing demonstrates the specific requirements needed for the HAKI system, likely aimed at ensuring adequate supply for efficient project execution. The meticulous breakdown supports procurement processes while facilitating compliance with federal and local guidelines in government contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Rental of one (1) 60 Ton Critical Chiller System
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental of one (1) 60-ton critical chiller system, with the rental period extending from September 16, 2025, to April 20, 2026, and an option to extend through May 18, 2026. Vendors are required to meet specific mechanical and electrical specifications, provide regular maintenance and support, and ensure compliance with a detailed Statement of Work (SOW) that includes various operational and safety standards. This procurement is crucial for maintaining effective cooling solutions for naval operations, reflecting the government's commitment to operational readiness. Proposals are due by April 15, 2025, and interested parties should submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil.
BRAND NAME FEDERAL EQUIPMENT CO. ROLLER CURTAIN DOORS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking suppliers for a firm-fixed-price contract to provide Roller Curtain Doors from the brand Federal Equipment Co. This procurement is specifically aimed at supporting the Military Sealift Command and emphasizes compliance with federal regulations, including detailed submission instructions and delivery specifications. The initiative reflects the government's commitment to promoting small businesses, particularly those owned by women, while ensuring that all costs are borne by the contractor without adjustments for inflation or COVID-19 impacts. Interested parties should contact Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil, with the solicitation expected to be posted around April 8, 2025, and proposals due by April 10, 2025.
BRAND NAME FEDERAL EQUIPMENT CO. ROLLER CURTAIN DOORS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a firm fixed-price supply contract to provide roller curtain doors from the brand Federal Equipment Co. This procurement is in support of the Military Sealift Command (MSC) and is essential for maintaining operational capabilities within naval logistics. The solicitation is anticipated to be posted around April 8, 2025, with a closing date expected on April 10, 2025. Interested parties should direct inquiries to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil and must be registered in the System for Awards Management (SAM) to participate in this procurement.
49--BULKHEAD
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 400 units of a specialized bulkhead, identified by NSN: 4921 011691127, through the NAVSUP Weapon Systems Support Mechanic. This procurement is part of an Emergency Acquisition Flexibility initiative, emphasizing the need for timely delivery and compliance with stringent quality and configuration control standards, including ISO 9001 and MIL-STD specifications. The bulkhead is critical for use in submarines and surface ships, necessitating that all materials be free from mercury contamination to ensure safety and operational integrity. Interested contractors should direct inquiries to Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil, with proposals due by the specified deadline.
Rental and Maintenance of One (1) Topside Diesel Generator and One (1) Optional On-Site Technician
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of one topside diesel generator, with an optional on-site technician, under solicitation number N3904025Q2959. This procurement is specifically set aside for small businesses and falls under NAICS code 532490, with a service period from September 2, 2025, to July 6, 2026, at Naval Base New London in Groton, Connecticut. The generator must comply with Tier 4 Final emissions standards and be capable of operating for a minimum of twenty hours, highlighting the importance of reliability and environmental compliance in this contract. Interested vendors must submit their proposals via email by April 11, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Kyle Wilkinson at kyle.j.wilkinson4.civ@us.navy.mil or by phone at 207-994-4753.
HX BOA Item #7022AK, Nut, Hex, Heavy, Grade 4 Steel, Phosphate Coated - 1.000"-08UNC-2B
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals from qualified small businesses for the procurement of hex nuts made from heavy grade 4 steel, specifically phosphate coated, under solicitation number N3904025Q4376. The procurement aims to fulfill specific material requirements as outlined in the Portsmouth Naval Shipyard Fastener Program Manual, emphasizing adherence to quality and documentation standards. Interested vendors must submit their proposals via email by April 15, 2025, with a required delivery date set for September 3, 2025, and are encouraged to contact Chuck Chase or Victoria MacLellan for further details. The contract will be awarded under a Firm Fixed Price arrangement, categorized under NAICS code 332722, and will follow a Lowest Price Technically Acceptable (LPTA) evaluation methodology.
185 Foot Telescoping Boom Aerial Lift
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking proposals from qualified small businesses for the rental of a 185 Foot Telescoping Boom Aerial Lift for a period of two months. This procurement is set aside for small businesses, particularly those owned by service-disabled veterans, and aims to ensure compliance with various federal regulations, including telecommunications and cybersecurity standards. The solicitation emphasizes the importance of fair contracting practices and requires vendors to submit their representations and certifications electronically via the System for Award Management (SAM). Interested parties must submit their quotes by April 16, 2025, at 2:00 PM local time, and should direct inquiries to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Pacific, is soliciting offers for a 10-year lease of approximately 745,185 square feet of administrative, warehouse, industrial, and laydown space at the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement aims to support the Shipyard Infrastructure Optimization Plan (SIOP) by addressing the growing operational space requirements during infrastructure upgrades, accommodating up to 889 personnel. The selected facilities must comply with federal, state, and local building codes, ensuring safety and environmental standards are met, with a preference for energy-efficient designs. Interested offerors must submit their proposals by May 26, 2025, and direct any inquiries to Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.
HX BOA Item #7022AD, NUT, HEX, HEAVY, GRADE 4 STEEL, PHOSPHATE COATED - 0.438"-14UNC-2B
Buyer not available
The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified small businesses for the procurement of 165 hex nuts, heavy grade 4 steel, phosphate coated, with a nominal size of 0.438"-14UNC-2B. This procurement is critical for maintaining military equipment and ensuring compliance with stringent quality standards, as outlined in the Portsmouth Naval Shipyard C. R. Gilbert / E. F. Dickson Fastener Program Manual. Proposals are due by April 15, 2025, with a firm fixed price requirement and a requested delivery date of September 3, 2025. Interested vendors must register in the System for Award Management (SAM) and submit their quotes via email, adhering to the evaluation criteria based on the Lowest Price Technically Acceptable (LPTA) standard. For further inquiries, vendors can contact Chuck Chase at charles.e.chase23.civ@us.navy.mil or Victoria MacLellan at victoria.b.maclellan.civ@us.navy.mil.
BERTH 13 STRUCTURAL REPAIRS LOCATED IN PORTSMOUTH NAVAL SHIPYARD (KITTERY, MAINE) IN SUPPORT OF THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM (SIOP)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking qualified small businesses for structural repairs at Berth 13 in Portsmouth Naval Shipyard, Kittery, Maine, as part of the Shipyard Infrastructure Optimization Program (SIOP). The project aims to restore the structural integrity of Berth 13, originally constructed in the 1940s, involving concrete deck work and utility replacements while adhering to environmental precautions. This opportunity is significant for small businesses, particularly those certified by the SBA (8(a), HUBZone, SDVOSB, WOSB, EDWOSB), as it supports economic development and participation in major infrastructure projects. Interested parties must submit a capabilities package by April 16, 2025, with project costs estimated between $10 million and $25 million; inquiries should be directed to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil, with a copy to Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.